METRO,...,. AMENDMENT- INVITATION FOR BID (IFB) Project No. Date Amendment Issued. Issued By

Similar documents
QUOTE For a 2017 Fire Department Conventional Truck Chassis-Water Tender With PTO Pump

GALLATIN PUBLIC UTILITIES

July 15, 2016 NOTICE INVITING BIDS NOTICE TO SUPPLIERS FOR FURNISHING MOTOR VEHICLES

Request for Bids INFORMATION FOR BIDDERS. FURNISH THE CITY OF DERBY, KANSAS, ONE (1)2014 or NEWER TANDEM AXLE 10 YARD DUMP TRUCK w/ PLOW

BID FOR A ONE (1) ONE-TON AND A HALF (5500 SERIES) CREWCAB TRUCK WITH DUMP BED. BID OPENING February 15, 2017 AT 10:00 A.M.

ATTACHMENT A ITEM# 5

Barrow County Board of Education 179 W. Athens Street Winder, Georgia 30680

TECHNICAL SPECIFICATIONS

ALLEGAN COUNTY ROAD COMMISSION PROPOSAL FOR WESTERN STAR TANDEM REAR AXLE DUMP TRUCKS (CAB & CHASSIS) MINIMUM 64000# GVWR

FLAT BED STAKE BODY TRUCK

COUNTY OF MARQUETTE SHERIFF S OFFICE SPECIFICATION # SSV

VEHICLE SPECIFICATIONS Mid-Sized 4 X 4 Sport Utility Vehicle REV 05/16

TENDER FOR SUPPLY AND DELIVERY OF ONE (1) NEW 2019 or LATER MODEL MINI CARGO VAN (GVW MINIMUM 4700, MAXIMUM 5500)

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134

REQUEST FOR BID For Trucks. Bid Notice

PART A TENDER SUBMISSION

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

TENDER. 2017, THREE QUARTER (3/4) TON PICKUP TRUCK, 4x4

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144

COLLEGE COMMUNITY SCHOOL DISTRICT BID SHEET. THREE (3) 78 PASSENGER TRANSIT STYLE SCHOOL BUSES and ONE (1) 65 PASSENGER LIFT BUS

Town of South Windsor, Connecticut. Police Department

Paratransit Side Entry Mini Van PCID NO COMMONWEALTH OF PENNSYLVANIA PENNSYLVANIA COMMERCIAL ITEM DESCRIPTION (PCID)

NOTICE TO BIDDERS. ONE (1) NEW TANDEM AXLE TRUCK (cab & chassis)

REQUEST FOR QUOTE. Half Ton Trucks CONTRACT NO ADDENDUM NO.2

Paratransit Van PCID NO COMMONWEALTH OF PENNSYLVANIA PENNSYLVANIA COMMERCIAL ITEM DESCRIPTION (PCID)

TENDER. 2017/2018 HALF TON PICKUP TRUCK, EXTENDED CAB, 4x4

145 HP, FRONT WHEEL ASSIST TRACTOR 3/17/15 Page 1. Mountrail County Road and Bridge SPECIFICATIONS FOR

Town of Marystown. Tender For. One New 4x4 Two (2) Door Cab Chassis (19,500 KG GVWR) With 12Ft Flat Deck

BID FOR ONE (1) 1 TON CREW CAB TRUCK WITH SERVICE BODY OPENING APRIL 11, 2019 AT 10:00 A.M.

THE TOWN OF CLARENVILLE PUBLIC WORKS DEPARTMENT. Tender Specification # For Purchase of One (1), New Wheel Loader with Snow Blades

City of Glasgow Department of Public Works Purchase of (1) 2013 White Rear Load Garbage Truck

Type 3 Fire Engine Model 346

BID SPECIFICATIONS FOR HEAVY DUTY DUMP TRUCK CHASSIS - OPTION A 2013 Mack GU 713 $109, (INCLUDING OPTIONS)

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

Invitation to Tender. District of Taylor MOTOR GRADER

INVITATION TO BID. Should you need clarification on any item, please contact Berley Mears, Public Works Director at

VEHICLE SPECIFICATIONS 12 PASSENGER OFF CENTER AISLE VAN REV 02/19

The bidder shall furnish a complete set of Operator, Service, and Parts Manuals with each body sold.

INVITATION FOR BID BID NO FOR: 2014/15 LIGHT DUTY TRUCKS AND VANS COMMODITY CODE:

2018 Chevrolet Tahoe Police Patrol Package Contract #147

2019 Chevrolet Tahoe Police Patrol Package Contract #185

CITY OF CORALVILLE th Street, Coralville, IA

BID SPECIFICATIONS FOR HEAVY DUTY DUMP TRUCK CHASSIS - OPTION D CT660S $129, (INCLUDING OPTION)

REQUEST FOR BID For Trucks. Bid Notice

Request for New Heavy Duty 3/4 ton Pickup Truck for Lee County Emergency Management

BID SPECIFICATIONS FOR HEAVY DUTY DUMP TRUCK CHASSIS - OPTION A 2015 MACK GU 713 $110, (INCLUDING OPTION) TIER 3

ONE (1) CURRENT MODEL YEAR REGENERATIVE AIR TYPE STREET SWEEPER MOUNTED ON CONVENTIONAL CAB BID NO

The self-propelled Chipspreader shall be designed and constructed to apply a uniformly distributed application of cover and seal coat aggregates.

BID SPECIFICATIONS FOR 16 STEEL DUMP BODY OPTION B (MANUAL TRANSMISSION) OX BODIES/16 STAMPEDE $24, (INCLUDING OPTIONS)

City of Storm Lake Fire Department Heavy Rescue Specifications

INSTRUCTIONS TO BIDDERS AND SPECIFICATIONS FOR A 7-8 CUBIC YARD DUMP TRUCK

BID SPECIFICATIONS FOR 16 STEEL DUMP BODY OPTION C (AUTOMATIC TRANSMISSION) WARREN WXL-16 $17, (INCLUDING OPTIONS)

Dubuque Community School District SPECIFICATIONS BID FORM AND TIME AND PLACE OF FILING

TENDER HALF TON PICKUP TRUCK, 4x4

BID PACKAGE (2)NEW 2018 SELF-PROPELLED BROOMS

One (1) Current Model Year Cab/Chassis with Chipper Body and Articulating Crane Mounted Bid No Notice to Bidders

Purchasing Department Finance Group INVITATION TO BID

MANISTEE COUNTY ROAD COMMISSION 2019 TANDEM AXLE TRUCK SPECIFICATIONS AND BID REQUIREMENTS (ALTERNATE BID) January 4, 2018

TENDER 2019 OR 2020, ONE AND A HALF TON EXTENDED DOUBLE CAB/CHASSIS, 4X4, DUMP BODY TRUCK

Vehicle Information SELECTED MODEL

Bartlesville Police Department CITY OF BARTLESVILLE, OKLAHOMA BID SPECIFICATIONS FOR Police Pursuit SUV Bid#

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

NELSON COUNTY FISCAL COURT

Houston County Purchasing Department

ISUZU N-SERIES (REG CAB) DIESEL CAB/CHASSIS SPECS NPR-HD (14,500# GVWR)

UN-Priced Offers Due: Wednesday, April 25, 2018 at 10:00 a.m. Reverse Auction/Bid: Wednesday, May 9, 2018 starting at 11:00 a.m.

ADDENDUM No. 2. Bid #: 13-B-016 Purchase of Solid Waste Trucks

ADDENDUM 3 - APPENDIX A - TECHNICAL SPECIFICATIONS ONE (1) 3 TON 4X2 CARGO REEL CAB/CHASSIS

INVITATION TO BID 14 PASSENGER MULTI-FUNCTION BUS ITB

CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR BID NEW 2012 EXCAVATOR

One (1) New Ford F-150 Regular Cab XL Bid No Notice to Bidders

City of Lewiston Finance Department Allen Ward, Purchasing Agent

INVITATION TO BID ONE (1) 10-FOOT DUMPBODY DUMP TRUCK WITH DIESEL / CNG OPTIONS

STATE OF MINNESOTA EQUIPMENT SPECIFICATION. SPECIFICATION: September 2012 Page 1 SINGLE AXLE CAB & CHASSIS

SPECIFICATIONS AND BID FORM FOR ONE NEW SIX WHEEL DRIVE ARTICULATED MOTOR GRADER WITH SNOW GATE. Street Department

REQUEST FOR BID (RFB) # B X4 ONE TON CHASSIS CAB DUALLY POSTING DATE: MARCH 7, 2018

CITY OF DUBUQUE VEHICLE BID BID DATE: 08/26/2016 BID DUE DATE: 09/12/2016 PURCHASING COORDINATOR'S OFFICE FINANCE DEPARTMENT 50 WEST 13TH STREET

Standard features. Standard features of the Unimog U500 NA 2005 model

REQUEST FOR SEALED BID CAB/CHASSIS FOR MEDIUM DUMP TRUCK WITH SALT SPREADER NOVEMBER 18, 2015

Truck Specs. Sabre 9 Off-Highway GCWR: 242,000. CapacityTrucks.com

ISUZU NPR-HD REG CAB CAB & CHASSIS SPECS 14,500# GVWR DSL

CITY OF DOUGLAS BID PACKAGE NEW SPECIFIED 2019 HALF-TON 4X4 PICKUP TRUCK

HEAVY DUTY TRUCKS. Business Rack Clock Digital $

NOTICE INVITING BIDS 2018 DEPARTMENT OF PUBLIC WORKS VEHICLE CITY OF BEAVER DAM, WISCONSIN

Request for Proposal. Articulated Loader

INVITATION TO BID (ITB)

Pennsylvania State Police Tactical Mounted Unit. 25,500# GVWR Crew Cab Tractor

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Bid# Five (5) 2018 Ford Trucks INVITATION TO BID

SOMERSET BOROUGH TECHNICAL SPECIFICATIONS FOR A USED 1-TON STYLE DUMP BODY TRUCK

BID SPECIFICATIONS FOR 3 CY WHEEL LOADER JD 544K $148, (INCLUDING OPTIONS) TIER 4

ZAXIS DASH-5 Ultrashort-CLASS EXCAVATORS ZX245LC kw (159 hp)

BOCC MEETING TRANSMITTAL. #4 - Effective and Responsive Government. Consent. Ongoing

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

BID SPECIFICATIONS PURCHASE 4-WHEEL DRIVE PICKUP TRUCK WITH PLOW

IC-20-G. Engineering Spec. View thousands of Crane Specifications on FreeCraneSpecs.com. Page 1 of 7 Date: June 2006

2017 Chevrolet Truck 4500 LCF Gas STANDARD EQUIPMENT

Operator s Manual. for 85 AERIAL LADDER FIRE FIGHTING TRUCK NSN HEADQUARTERSP DEPARTMENT OF THE ARMY 3 NOVEMBER 1986

COORDINATED GRANT COMPETITION: PROJECT SPONSOR FOLLOW-UP QUESTIONS

Transcription:

Rev. 10-3-17 METRO,...,. AMENDMENT- INVITATION FOR BID (IFB) Amendment No. 1 IFB No. 4018000101 Project No. Date Amendment Issued COMPANY NAME AND ADDRESS (To be completed by Bidder) The hour and date specified for receipt of Bids is: [ x ] Not extended [ ] Extended to at _ Date Time The IFB is amended as follows: Issued By 3/8/18 METROPOLITAN TRANSIT AUTHORITY Procurement Division 1900 Main Street Houston, Texas 77002 P. O. Box 61429 Houston, Texas 77208-1429 THIS AMENDMENT: 1. Updates specifications for the MEDIUM DUîY ENCLOSED CARGO TRUCK - Exhibit A (updates are bolded and italicized) 2. Separates out POLICE MOTORCYCLE LIGHTING SPECIFICATION from the Police Motorcycles specification in Exhibit A (4) Except as provided herein, all instructions and provisions of the IFB, as heretofore changed, remain unchanged and in full force and effect. Bidders must acknowledge receipt of this amendment prior to the hour and date specified for bid opening, by one of the following methods: (1) By acknowledging receipt of this amendment on the Bid Form; (2) By signing and returning one [1] copy of this amendment with your Bid; or (3) By separate letter or fax which includes a reference to the IFB and amendment number(s). FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PROCUREMENT OFFICE PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR BID. If, by virtue of this amendment you desire to change your bid already submitted, such change may be made by fax or letter, provided such fax or letter makes reference to the IFB and this amendment, and is received prior to the opening hour and date specified. BY NAME: SIGNATURE: TITLE: BIDDER (Authorized Representative) _ BY NAME: METROPOLITAN TRANSIT AUTHORITY (Authorized Representative) DATE: _ TITLE: _Senior Contract Administrator

Amendment 1 IFS 4018000101 SPECIFICATION MEDIUM DUTY ENCLOSED CARGO TRUCK 1.0 GENERAL: This Specification covers the requirements for a new and ready for service 2018 Medium Duty Enclosed Cargo Truck to be used by the Metropolitan Transit Authority of Harris County Texas (METRO), in its Support Vehicle Fleet. 1.1 The vehicle shall be equipped with all Original Equipment Manufacturer's (OEM) published standard and safety items not specifically deleted or replaced by options in this specification. 1.2 The contractor shall furnish METRO confirmation of acceptance of the order by the OEM within thirty (30) calendar days from the date of receipt of executed contract or notice of award. The confirmation shall include the basic vehicle ordered and all components required in this specification plus projected build and delivery dates. 1.3 All components required in this specification must be installed by the vehicle OEM at the point of origin (factory) unless approved by METRO prior to order being placed with the OEM by the contractor. 2.0 REQUIREMENTS: This specification details the specific requirements for a medium duty enclosed bed truck, with a minimum total cargo capacity of 15,000 LBS (pounds). The overall GVWR of the vehicle will be determined by the chassis manufacturer. 2.1 Air Conditioning: The vehicle shall be air conditioned by the original equipment manufacturer and shall be delivered with R 134a refrigerant. 2.2 Engine: The vehicle shall be powered by a six (6) cylinder diesel engine (minimum) with turbocharger and heavy-duty oil cooler. The vehicle shall also be equipped with a heavy-duty dry type air cleaner. 2.2.1 Cooling system - the vehicle shall have the OEMs maximum capacity cooling system and coolant recovery tank that is designed to operate with the engine, transmission, and air conditioning system supplied with the vehicle. 2.2.2 An electronic engine shutdown device and alarm with automatic override shall monitor oil pressure, water level, water temperature, transmission fluid level and transmission oil temperature. The device shall provide audible and visual alarms when low oil pressure, high coolant temperature or low coolant level conditions become harmful to the engine or it's components, and shall provide engine shutdown in the event these conditions become critical. The shutdown system shall also provide the same protection to the transmission by monitoring the fluid temperature and level and shutting the

engine down when conditions become harmful to the transmission. An automatic override feature shall be included to allow the engine to be restarted immediately and run for 30-45 seconds after shutdown has occurred. instrument panel. The visual and audible components of the device shall be installed in the 2.3 Electrical: Required electrical components are as follows: 2.3.1 Alternator - 12 volt alternator shall be rated at 130 amps with integral electronic voltage regulator. 2.3.2 Batteries - shall be two (2) batteries, with each battery rated at 625 cold cranking amp (CCA), minimum, connected in parallel for 12-volt operation. 2.4 Transmission: The vehicle shall be equipped with a five speed automatic transmission or METRO approved equivalent. The transmission shall be matched to the diesel engine by the OEM. The vehicle shall be capable of maintaining 70-MPH highway speed when empty. 2.5 Cab Interior: All wiring and looms shall be anchored with clamps. The cab interior shall include, but not be limited to, the following. 2.5.1 Lights - the vehicle shall have courtesy lights mounted under the dash to illuminate the entire open floor area when the doors are opened. The vehicle shall also be equipped with a dome light, map reading lights and engine compartment light. 2.5.2 Gauges and warning lights - oil pressure, voltmeter or ammeter, coolant temperature, fuel, air pressure and speedometer gauges shall be installed in the instrument panel of the vehicle. All gauges shall be backlit. The vehicle shall also be equipped with warning lights to monitor high engine temperature, low engine oil pressure, parking brake and low air pressure. The low air pressure light shall come with a buzzer or bell set to annunciate when air pressure falls below 60 PSI. 2.5.3 Windshield wiper - two (2) speed electric with washer and intermittent feature. 2.5.4 Radio - AM-FM with clock. 2.5.5 Floors - floor covering shall be fully insulated durable rubber. The vehicle shall also include rubber floor mats, color matched to the floor covering. 2.5.6 Color - the interior shall be OEM standard. 2.5.7 Seat - heavy-duty vinyl bench, seat color matched to vehicle interior. 2.5.8 Horn - dual electric.

2.5.9 Mirror - windshield mounted day/night (day/night mirror may be installed locally by the Contractor). 2.6. Vehicle Exterior: The vehicle shall have four (4) sets of keys for all locks and the ignition. The vendor shall provide a written summary of ignition and door key codes when the vehicle is delivered. 2.6.1 Paint - The exterior cab of the vehicle shall be covered with OEM White. The body shall be covered with black high gloss or METRO approved equivalent. The paint shall be applied smoothly and evenly with the finished surface free of dirt, imperfections. runs, orange peel, and other 2.6.2 Fuel tank shall be either single or double tank with a minimum ca pacity of forty five (45) gallons. 2.6.3 Glass shall be single density, all windows tinted. 2.6.4 Mirrors shall be adjustable "west coast" type on both sides. 2.6.5 Backup alarm - an electrica l/mechanica l audible backup alarm shall be mounted on the rear axle of the vehicle. The alarm shall have a sound loud enough to be heard over the normal operating noises of the vehicle. The alarm shall sound any time the gearshift lever is placed in the reverse position. 2.6.6 Grab handles shall be located on both sides of the cab. 2. 7 Chassis: The truck shall be equipped w ith the following chassis and suspension items: 2.7.1 Brakes shall be full air, front and rear disc. All brake system components must comply with FMVSS 121. 2.7.2 Air dryer shall have an integral moisture ejector and shall be installed by the O.E. M. 2.7.3 The vehicle shall have a rear spring type suspension. 2.7.4 Shock absorbers shall be heavy duty, front and rear. 2.7.4 W heelbase shall be 200 inches (m inimum), with a 130 inch Cab to Ax le (CA), minimum. The final dimensions of the wheelbase and the ca b to axle shall be determined by the body component installers and approved by the Project Manager. 2.7.6 Total cargo capacity of 15,000 LBS (pounds). The overall GVWR of the vehicle will be determined by the chassis manufacturer. 2.7.7 Tires - the vehicle shall have seven (7) tires including the spare. They shall be rated at 11 X 22.5-14 (minimum).

2.7.8 Wheels/Rims - the truck shall have seven (7) wheels with ten (1 O) hole disc rims and 22.5 inch wheels supplied with the vehicle. The spare tire and wheel shall be mounted and stored in an area of the vehicle designated by the OEM. The vehicle shall have dual rear wheels and they shall be interchangeable with the front. 3.0 Fully Enclosed Cargo Body The overall dimensions of the Enclosed Cargo Body of the truck shall be 240 inches long, 102 inches wide and 96 inches high. The floor shall be minimum 1/4" steel treadplate 3.1 Cargo Body Door - the cargo body door shall be an roll up overhead door with securing latches and hasps for pad locks. 3.2 Cargo Body Lighting - the interior of the body shall have LED strip type lighting mounted to the cargo area celling centerline of the vehicle. The cargo body interior light circuit shall be activated by a relay powered from the accessory terminal of the ignition switch. The light switch shall be mounted on the curb side wall four inches inside the back door in an area accessible from the ground. Cargo Restraint System - the cargo body shall have two (2) rows of horizontal E-tract cargo restraint devices mounted on the interior walls. The devices shall be spaced so that the cargo can be secured in two (2) positions. The cargo restraint system shall come with three (3) aluminum shoring beams designed for a 102" cargo body bars that may be fastened to the E-tracts on both side walls and prevent the forward and rearward movement of the mobile safes while the vehicle is in motion. The system shall also be supplied with ten (1 O) 2 inch wide ratchet straps that are 12 feet long with E-track connectors for securing cargo in the body of the vehicle. 3.3 Rail Lift - the vehicle shall come equipped with a 72" x 80" platform and a 15" extension ramp or METRO approved equivalent. The lift shall be designed for a 102" wide cargo body and shall come equipped with an auxiliary hand pump for moving the lift in the event of an electrical failure. The lift shall also be designed with dual/split cart stops to prevent the cargo from falling from the device while loading. Bottom stops shall be supplied with the unit to prevent damage while the lift is lowered for docking during the loading and unloading operation. The lift shall have a minimum lifting capacity of 3,000 LBS (pounds).

4.0 DOCUMENTATION: The contractor shall furnish four (4) complete sets of service manuals for the vehicle. Each set shall include operations manuals, maintenance manuals, component repair manuals, parts manuals and electrica l schematics. The package shall also include four (4) emission manuals and all other manuals or documents not mentioned but specifically related to the maintenance, upkeep and servicinq of the vehicle. 5.0 WARRANTY : 5.1 The vehicle shall be covered with the manufacturer's minimum warranty for three (3) years or 36,000 miles. The warranty shall be bumper to bumper with no deductible. 6.0 6.1 ACCEPTANCE: The vehicle shall be ready for service when delivered to METRO. (MSO) shall be delivered with the vehicle. The Manufacturer's Statement of Origin 6.2 The METRO Superintendent of Support Vehicle Maintenance or his designated representative shall perform initial inspection and acceptance. Inspections shall be performed at the Contractor's facility if it is within Harris County, Texas. Contractors without facilities located within Harris County, Texas shall designate and notify METRO in writing upon Contract award of an authorized OEM inspection facility that is located within Harris County, Texas. 6.3 Final acceptance of the vehicles will be by the METRO Project Manager after all terms and conditions of the contract have been met.

SPECIFICATION POLICE MOTORCYCLE LIGHTING 1.0 1.1 2.0 GENERAL This specification covers the minimum requirements for the Contractor to supply, deliver and install, new and ready for service, Police Lighting. POLICE LIGHTING REQUIREMENTS The Motorcycle police patrol units shall have the following special police emergency light equipment installed: SPECIAL EMENGENCY LIGHTING EQUIPMENT ALL LEDS, LIGHT HEADS AND LIGHT BARS WILL BE TOP TIER OF THE LATEST AND BRIGHTEST LIGHT OUTPUT AVALIBLE AS OF THE TIME OF APPLICTION TO THE MOTORCYCLE. Lights will be operated by 3 switches located on the brake reservoir cap on the front brake. The Headlight wig/wag will be on the switch to the far outside right of the switch bank. All front and front side emergency lights (except the headlight wig/wag) will be on one switch located in the middle of the three switches. All rear and rear side lights will be operated by the far inside left switch. ON FRONT HEADLIGHT: Headlights will have an alternating flash (wig/wag) of the high beam light for emergency use. Headlights will also have an independent low beam cut off switch (this switch can be mounted on the fairing itself.) CENTER BEHIND THE WINDSHIELD: 1 dual light head led light with minimum 6 leds per light head 6 Red 6 Blue light to alternate flashing all red and all blue. UNDER MIRROR: One led light head per side with minimum 2 rows of 6 led lights per side. All red on the left side and all blue on the right side. All leds per side will flash at the same time and alternate with other side. UNDER FAIRING: One led light head per side with minimum 1 row of 6 led lights per side. All red on the left side and all blue on the right side. All leds per side will flash at the same time and alternate with the other side

ON THE SIDE: FRONT OF THE OPERATOR: 2 led light heads per side with minimum 1 row of 6 led lights per light head. All red on one led head and all blue on the other. All leds per light head will flash at the same time and alternate with the other light head on the same side next to or above each other. REAR OF THE OPERATOR: Minimum 1 led light head per side with minimum 1 row of 6 led lights per light head. All leds per light head will be red and will flash at the same time and alternate with the other light head on other side behind the operator. TO THE REAR: On top of the highest rear part of the trunk (on the luggage rack) a mini LED light bar with All red on the left side and All blue on the right side. All leds per side will flash at the same time and alternate with the other side. Minimum of 6 leds per side directing light toward the rear. Minimum of 6 leds per side directing light toward the side. Minimum of 6 leds per side directing light toward the front. On the mid level of the rear (below the trunk) facing rear. 1 led light head per side facing to the rear with minimum I row of 6 led light per side. All red on the left side and All blue on the right side. All leds per side will flash at the same time and alternate with the other side facing the rear. On the Lower level of the rear (at or below the rear tail lights). 1 led light head per side facing to the rear with minimum 1 row of 6 led lights per side. All white on the left side and All yellow on the right side. All Leds per side will flash at the same time and alternate with the other side facing the rear. These should be set at a rate that is not the same as the lights above them so there will be a constantly changing pattern of lights to the rear. 3.0 EMERGENCY SIREN SPECIFICATIONS 2014 MOTORCYCLES SIREN: One 100-watt siren driver and 100-watt speaker. Siren Speaker will be mounted, on the right side of the Motorcycle off the crash bar. Mounts will be secure and in a manner that will protect the speaker and bell from damage, in a minor tip over of the motorcycle. Siren will be operated by three (3) switches located on the Clutch reservoir cap. A Switch will be designated for each siren function as follows, first switch Yelp, second switch Wail, third switch Phaser. Additional thumb press button (Momentary) will be installed on left handle bar to be operated by left thumb, which will activate the Yelp this will allow the operator to bump the siren without releasing their grip on the handle bar. NOTE: A Siren horn override will be connected to the factory horn button and will operated regardless if the siren function is in

Amendment 1 IFB 4018000101 operation. To reduce the amount of connections located on the battery a heavy gauge wire should be run from the battery to a distribution center located in the trunk of the motorcycle with an emergency cut off switch or battery buddy style cut off to save the battery from electrical drain during storage. All lights and sirens and extra equipment shall be connected at this point, extra mount points will be available for radar hook up and for personal equipment such as heated clothing for the riders. Accessory Plug kit to run radars unit, and Pulsating brake light controller. The contractor will be required to remove all radio and communications equipment from motorcycles that will be retired and will install the same equipment on the new motorcycle. 4.0 SERVICE PARTS 4.1 The contractor shall maintain an OEM recognized and authorized full-service facility with adequate stock of all regular and special parts in the Houston area. 5.0 DOCUMENTATION 5.1 The Contractor shall furnish two (1) complete sets of service manuals for the motorcycles. The service manual shall be in CD/DVD format. Each set shall include operations manuals, maintenance manuals, component repair manuals, parts manuals, and electrical schematics. The package shall also include a recommended spare parts list and all other manuals or documents not mentioned but specifically related to the maintenance, up keep and service of the motorcycles. 6.0 6.1 INSPECTION METRO shall inspect the vehicles for completeness, condition and conformity with the Contractor. The Contractor may have a representative present during inspections. METRO shall have sole authority to determine the completeness, condition, and conformity of the vehicles. 6.2 If any vehicle is found to be inferior to the quality called for in the Contract or deficient in measurements, workmanship, or otherwise, the METRO Project Manager or his duly authorized representative shall have the right to reject the police motorcycle. The rejected motorcycle shall be immediately corrected to conform to the specifications in the Contract. The right of METRO to reject nonconforming vehicles shall be cumulative of METRO's other remedies. 6.3 Inspection will be performed by METRO's Project Manager at Contractor's facility prior to delivery of the vehicle. 7.0 WARRANTY The Contractor shall provide METRO with a minimum of a three (3) year 60,000-mile factory warranty for the police motorcycles.

SPECIFICATION MEDIUM DUTY ENCLOSED CARGO TRUCK 1.0 GENERAL: This Specification covers the requirements for a new and ready for service 2018 Medium Duty Enclosed Cargo Truck to be used by the Metropolitan Transit Authority of Harris County Texas (METRO), in its Support Vehicle Fleet. 1.1 The vehicle shall be equipped with all Original Equipment Manufacturer's (OEM) published standard and safety items not specifically deleted or replaced by options in this specification. 1.2 The contractor shall furnish METRO confirmation of acceptance of the order by the OEM within thirty (30) calendar days from the date of receipt of executed contract or notice of award. The confirmation shall include the basic vehicle ordered and all components required in this specification plus projected build and delivery dates. 1.3 All components required in this specification must be installed by the vehicle OEM at the point of origin (factory) unless approved by METRO prior to order being placed with the OEM by the contractor. 2.0 REQUIREMENTS: This specification details the specific requirements for a medium duty enclosed bed truck, with a minimum total cargo capacity of 15,000 LBS (pounds). The overall GVWR of the vehicle will be determined by the chassis manufacturer. 2.1 Air Conditioning: The vehicle shall be air conditioned by the original equipment manufacturer and shall be delivered with R 134a refrigerant. 2.2 Engine: The vehicle shall be powered by a six (6) cylinder diesel engine (minimum) with turbocharger and heavy-duty oil cooler. The vehicle shall also be equipped with a heavy-duty dry type air cleaner. 2.2.1 Cooling system - the vehicle shall have the OEMs maximum capacity cooling system and coolant recovery tank that is designed to operate with the engine, transmission, and air conditioning system supplied with the vehicle. 2.2.2 An electronic engine shutdown device and alarm with automatic override shall monitor oil pressure, water level, water temperature, transmission fluid level and transmission oil temperature. The device shall provide audible and visual alarms when low oil pressure, high coolant temperature or low coolant level conditions become harmful to the engine or it's components, and shall provide engine shutdown in the event these conditions become critical. The shutdown system shall also provide the same protection to the transmission by monitoring the fluid temperature and level and shutting the

engine down when conditions become harmful to the transmission. An automatic override feature shall be included to allow the engine to be restarted immediately and run for 30-45 seconds after shutdown has occurred. The visual and audible components of the device shall be installed in the instrument panel. 2.3 Electrica l: Required electrica l components are as follows: 2.3.1 Alternator - 12 volt alternator shall be rated at 130 amps with integral electronic voltage regulator. 2.3.2 Batteries - shall be two (2) batteries, with each battery rated at 625 cold cranking amp (CCA), minimum, connected in parallel for 12-volt operation. 2.4 Transmission: The vehicle shall be equipped with a five speed automatic transmission or METRO approved equivalent. The transmission shall be matched to the diesel engine by the OEM. The vehicle shall be capable of maintaining 70-MPH highway speed when empty. 2.5 Cab Interior: All wiring and looms shall be anchored with clamps. The cab interior shall include, but not be limited to, the following. 2.5.1 Lights - the vehicle shall have courtesy lights mounted under the dash to illuminate the entire open floor area when the doors are opened. The vehicle shall also be equipped with a dome light, map reading lights and engine compartment light. 2.5.2 Gauges and warning lights - oil pressure, voltmeter or ammeter, coolant temperature, fuel, air pressure and speedometer gauges shall be installed in the instrument panel of the vehicle. All gauges shall be backlit. The vehicle shall also be equipped with warning lights to monitor high engine temperature, low engine oil pressure, parking brake and low air pressure. The low air pressure light shall come with a buzzer or bell set to annunciate when air pressure falls below 60 PSI. 2.5.3 Windshield wiper - two (2) speed electric w ith washer and intermittent feature. 2.5.4 Radio - AM-FM with clock. 2.5.5 Floors - floor covering shall be fully insulated durable rubber. The vehicle shall also include rubber floor mats, color matched to the floor covering. 2.5.6 Color - the interior shall be OEM standard. 2.5.7 Seat- heavy-duty vinyl bench, seat color matched to vehicle interior. 2.5.8 Horn - dual electric.

2.5.9 Mirror - windshield mounted day/night (day/night mirror may be installed loca lly by the Contractor). 2.6. Vehicle Exterior: The vehicle shall have four (4) sets of keys for all locks and the ignition. The vendor shall provide a written summary of ignition and door key codes when the vehicle is delivered. 2.6.1 Paint - The exterior cab of the vehicle shall be covered with OEM White. The body shall be covered with black high gloss or METRO approved equivalent. The paint shall be applied smoothly and evenly with the finished surface free of dirt, imperfections. runs, orange peel, and other 2.6.2 Fuel tank shall be either single or double tank with a minimum capacity of forty five (45) gallons. 2.6.3 Glass shall be single density, all windows tinted. 2.6.4 Mirrors shall be adjustable "west coast" type on both sides. 2.6.5 Backup alarm - an electrica l/mechanica l audible backup alarm shall be mounted on the rear axle of the vehicle. The alarm shall have a sound loud enough to be heard over the normal operating noises of the vehicle. The alarm shall sound any time the gearshift lever is placed in the reverse position. 2.6.6 Grab handles shall be located on both sides of the cab. 2.7 Chassis: The truck shall be equipped with the following chassis and suspension items: 2.7.1 Brakes shall be full air, front and rear disc. All brake system components must comply with FMVSS 121. 2. 7.2 Air dryer shall have an integral moisture ejector and shall be installed by the O.E. M. 2.7.3 The vehicle shall have a rear spring type suspension. 2.7.4 Shock absorbers shall be heavy duty, front and rear. 2.7.4 W heelbase shall be 200 inches (m inimum), with a 130 inch Cab to Ax le (CA), minimum. The final dimensions of the wheelbase and the ca b to axle shall be determined by the body component installers and approved by the Project Manager. 2.7.6 Total cargo capacity of 15,000 LBS (pounds). The overall GVWR of the vehicle will be determined by the chassis manufacturer. 2.7.7 Tires - the vehicle shall have seven (7) tires including the spare. They shall be rated at 11 X 22.5-14 (minimum).

Amendment 1 IFB 401800010 1 2.7.8 Wheels/Rims - the truck shall have seven (7) wheels with ten (1 O) hole disc rims and 22.5 inch wheels supplied with the vehicle. The spare tire and wheel shall be mounted and stored in an area of the vehicle designated by the OEM. The vehicle shall have dual rear wheels and they shall be interchangeable with the front. 3.0 Fully Enclosed Cargo Body The overall dimensions of the Enclosed Cargo Body of the truck shall be 240 inches long, 102 inches wide and 96 inches high. The floor shall be minimum 1 /4" steel treadplate 3.1 Cargo Body Door - the cargo body door shall be an roll up overhead door with securing latches and hasps for pad locks. 3.2 Cargo Body Lighting - the interior of the body shall have LED strip type lighting mounted to the cargo area celling centerline of the vehicle. The cargo body interior light circuit shall be activated by a relay powered from the accessory terminal of the ignition switch. The light switch shall be mounted on the curb side wall four inches inside the back door in an area accessible from the ground. Cargo Restraint System - the cargo body shall have two (2) rows of horizontal E-tract cargo restraint devices mounted on the interior walls. The devices shall be spaced so that the cargo can be secured in two (2) positions. The cargo restraint system shall come with three (3) aluminum shoring beams designed for a 102" cargo body bars that may be fastened to the E-tracts on both side walls and prevent the forward and rearward movement of the mobile safes while the vehicle is in motion. The system shall also be supplied with ten (10) 2 inch wide ratchet straps that are 12 feet long with E-track connectors for securing cargo in the body of the vehicle. 3.3 Rail Lift - the vehicle shall come equipped with a 72" x 80" platform and a 15" extension ramp or METRO approved equivalent. The lift shall be designed for a 102" wide cargo body and shall come equipped with an auxiliary hand pump for moving the lift in the event of an electrical failure. The lift shall a/so be designed with dual/split cart stops to prevent the cargo from falling from the device while loading. Bottom stops shall be supplied with the unit to prevent damage while the lift is lowered for docking during the loading and unloading operation. The lift shall have a minimum lifting capacity of 3,000 LBS (pounds).

4.0 DOCUMENTATION: The contractor shall furnish four (4) complete sets of service manuals for the vehicle. Each set shall include operations manuals, maintenance manuals, component repair manuals, parts manuals and electrical schematics. The package shall also include four (4) emission manuals and all other manuals or documents not mentioned but specifically related to the maintenance, upkeep and servicing of the vehicle. 5.0 WARRANTY: 5.1 The vehicle shall be covered with the manufacturer's minimum warranty for three (3) years or 36,000 miles. The warranty shall be bumper to bumper with no deductible. 6.0 6.1 ACCEPTANCE: The vehicle shall be ready for service when delivered to METRO. The Manufacturer's Statement of Origin (MSO) shall be delivered with the vehicle. 6.2 The METRO Superintendent of Support Vehicle Maintenance or his designated representative shall perform initial inspection and acceptance. Inspections shall be performed at the Contractor's facility if it is within Harris County, Texas. Contractors without facilities located within Harris County, Texas shall designate and notify METRO in writing upon Contract award of an authorized OEM inspection facility that is located within Harris County, Texas. 6.3 Final acceptance of the vehicles will be by the METRO Project Manager after all terms and conditions of the contract have been met.